Section one: Contracting authority
one.1) Name and addresses
NHS Hampshire and Isle of Wight ICB on behalf of NHS England
Eastleigh
SO50 5PB
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.hantsiow.icb.nhs.uk/icb
Buyer's address
https://health-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Mandatory Dental Services (MDS) in Portsmouth and Havant - MDS5C3
Reference number
WA17583 / C331359
two.1.2) Main CPV code
- 85130000 - Dental practice and related services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Hampshire and Isle of Wight (HIOW) Integrated Care Board (ICB) are seeking providers who have the capability and capacity to deliver Mandatory Dental Services (MDS) in Portsmouth and Havant.
The procurement is divided into the following Lots:
MDS 5C3-1: Havant - Waterlooville (21,000 UDAs)
MDS 5C3-2: Havant (30,000 UDAs)
MDS 5C3-3: North Portsmouth (27,000 UDAs)
MDS 5C3-4: South Portsmouth (27,000 UDAs)
MDS 5C3-5: Portsmouth (27,000 UDAs)
Interested parties may bid for a maximum of two Lots.
The aims for MDS provision are to:
• contribute to improving oral and general health;
• reduce inequalities in health and access to dental care by providing extra support to groups of vulnerable adults and children. This includes, but is not limited to, children under 5 years old, residents of care homes, other vulnerable groups and patients weighing up to 227kg (35 stones and 10.45 lbs);
• provide access to NHS dental services to ensure equity and consistency of provision;
• provide bookable appointments outside of core hours;
• deliver appropriate, efficient and cost-effective services within the service;
• provision framework of the NHS (General Dental Services/Personal Dental Services) Regulations 2005 and any subsequent revisions;
• provide high quality dental services;
• provide access within contracted hours to un-associated patients identified as having an urgent dental need via NHS 111, NHS Dental Helpline, out of hours services and self-referral;
• refer patients to other NHS services as appropriate in line with the relevant local protocols and guidance;
• establish a positive working relationship between the Commissioner and Provider to facilitate and maximise high quality service delivery;
• prioritise Looked after Children (LAC);
• develop services in line with the evolving strategic approach to primary care dental provision and align with the priorities of the NHS Long Term Plan - www.longtermplan.nhs.uk;
• promote overall health in line with Making Every Contact Count;
• keep availability of appointments up to date on nhs.uk ;
• comply with recall intervals, in line with NICE Guidelines (CG19).
The contracts will be for a term of up to circa 117 months. Services are due to commence from between 21st July 2025 and 19th January 2026.
The maximum total contract values are as follows:
MDS 5C3-1: £6,812,914
MDS 5C3-2: £9,732,735
MDS 5C3-3: £9,188,795
MDS 5C3-4: £9,188,795
MDS 5C3-5: £9,188,795
The Commissioner will be contracting for the services using the Standard clauses for a Personal Dental Services agreement.
Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive (open) procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.
All ITT responses must be returned by 12 noon on 21st March 2025, at the latest.
This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.1.5) Estimated total value
Value excluding VAT: £44,112,034
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Havant - Waterlooville (21k)
Lot No
5C3-1
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ35 - South Hampshire
two.2.4) Description of the procurement
Lot MDS 5C3-1 covers Havant - Waterlooville. Please refer to the lot data sheet included within the tender documents for more information.
The maximum annual contract value is £702,660
The contract will be for the delivery of 21,000 Units of Dental Activity (UDAs) per annum.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Cost criterion - Name: Finance / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £6,812,914
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
21 July 2025
End date
31 March 2035
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial contract term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Havant (30k)
Lot No
5C3-2
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ35 - South Hampshire
two.2.4) Description of the procurement
Lot MDS 5C3-2 covers Havant. Please refer to the lot data sheet included within the tender documents for more information.
The maximum annual contract value is £1,003,800
The contract will be for the delivery of 30,000 Units of Dental Activity (UDAs) per annum.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Cost criterion - Name: Finance / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £9,732,735
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
21 July 2025
End date
31 March 2035
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial contract term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
North Portsmouth (27k)
Lot No
5C3-3
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
two.2.4) Description of the procurement
Lot MDS 5C3-3 covers North Portsmouth. Please refer to the lot data sheet included within the tender documents for more information.
The maximum annual contract value is £947,700
The contract will be for the delivery of 27,000 Units of Dental Activity (UDAs) per annum.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Cost criterion - Name: Finance / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £9,188,795
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
21 July 2025
End date
31 March 2035
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial contract term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
South Portsmouth (27k)
Lot No
5C3-4
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
two.2.4) Description of the procurement
Lot MDS 5C3-4 covers South Portsmouth. Please refer to the lot data sheet included within the tender documents for more information.
The maximum annual contract value is £947,700
The contract will be for the delivery of 27,000 Units of Dental Activity (UDAs) per annum.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Cost criterion - Name: Finance / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £9,188,795
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
21 July 2025
End date
31 March 2035
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial contract term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Portsmouth (27k)
Lot No
5C3-5
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
two.2.4) Description of the procurement
Lot MDS 5C3-5 covers Portsmouth. Please refer to the lot data sheet included within the tender documents for more information.
The maximum annual contract value is £947,700
The contract will be for the delivery of 27,000 Units of Dental Activity (UDAs) per annum.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Cost criterion - Name: Finance / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £9,188,795
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
21 July 2025
End date
31 March 2035
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial contract term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-041263
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 March 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Re-procurement for the end of 10 year contract
six.3) Additional information
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
An early engagement market notice was published in relation to this procurement in December 2024, in order to facilitate early engagement with potential providers. Please note that this previous notice was an information gathering exercise rather than a call for competition in its own right. Although those who responded to that notice may be advised that this contract notice has been published, there will be no process exemptions or preferential treatment afforded to any parties who expressed an interest at that stage.
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
six.4) Procedures for review
six.4.1) Review body
NHS Hampshire and Isle of Wight ICB on behalf of NHS England
Eastleigh
Country
United Kingdom